TERRAZO

SOL #: SPMYM4-26-Q-1126Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

JBPHH, HI

NAICS

Adhesive Manufacturing (325520)

PSC

Mineral Construction Materials, Bulk (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 11, 2026, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Weapons Support, Pearl Harbor, has issued a Combined Synopsis/Solicitation for TERRAZO basecoat kits. This requirement is a 100% Total Small Business Set-Aside and seeks qualified vendors to supply DEX-O-TEX/CROSSFIELD SERIES-M P/N 0549-90 BASECOAT KITS. Responses are due by Thursday, May 14, 2026, at 1300 HST.

Scope of Work

The solicitation is for 251 kits of DEX-O-TEX/CROSSFIELD SERIES-M P/N 0549-90 BASECOAT KIT (TM-90 TWILIGHT BLUE MARBLE). The product must consist of aggregate, resin binders, and a 5-gallon mixing bucket, meeting MIL-PRF-24613A, Type 1, Class 3, Grade A specifications. It must be manufactured by DEX-O-TEX CROSSFIELD and listed on the C/106 AUL. A minimum of 85% shelf life (1-year, non-extendable) must remain upon receipt at the Pearl Harbor Naval Shipyard (PHNSY). Required documentation includes SDS and Data Sheets with shipment, and a Certificate of Conformance/Compliance with the quote.

Contract Details

  • RFQ Number: SPMYM426Q1126
  • Type: Combined Synopsis/Solicitation (FAR Part 12, FAR Part 13 Simplified Acquisition Procedures)
  • Set-Aside: 100% Total Small Business
  • NAICS Code: 325520 (Small Business Size Standard: 500 employees)
  • Delivery: FOB destination to PEARL HARBOR NAVAL SHIPYARD IMF, HI.
  • Response Due: Thursday, May 14, 2026, 1300 HST
  • Point of Contact: Vanessa Garcia (vanessa.a.garcia18.civ@us.navy.mil)

Submission & Evaluation

  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated on technical capability (Acceptable/Unacceptable), price reasonableness, and delivery. Technical capability requires adherence to specifications and submission of descriptive literature; failure to provide this may result in technical unacceptability.
  • Responsibility: Vendor responsibility will be determined using the Supplier Performance Risk System (SPRS) and screened per FAR 9.104.
  • Submission Requirements: Offerors must complete the attached Request for Quote form, provide descriptive literature, submit a Certificate of Conformance/Compliance, and complete attached provisions 252.204-7016. Quotes must include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method. Only one quote per vendor will be accepted. Registration in SAM.gov is mandatory.
  • Manufacturer Information: If not the actual manufacturer, provide the Manufacturer's Name, Location, and Business Size.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026
TERRAZO | GovScope